Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2014 FBO #4703
DOCUMENT

Q -- SOURCES SOUGHT FOR INTERVENTIONAL RADIOLOGY SERVICES - Attachment

Notice Date
10/8/2014
 
Notice Type
Attachment
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Department of Veterans Affairs;Contracting Office (501/90C);New Mexico VA Health Care System;1501 San Pedro Drive SE;Albuquerque NM 87108
 
ZIP Code
87108
 
Solicitation Number
VA25815I0003
 
Response Due
10/23/2014
 
Archive Date
11/22/2014
 
Point of Contact
Francis L Reynolds
 
E-Mail Address
7-6088<br
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Synopsis: The New Mexico VA Health Care System (NMVAHCS) located in Albuquerque, New Mexico in accordance with FAR Part 12 "Acquisition of Commercial Items" and FAR Part 15, "Contracting by Negotiation" and under the authority of 38 U.S.C. 8153, is seeking sources under NAICS Code 621498 (size standard of $10.0 million) that are able to provide Interventional Radiology procedures at the New Mexico VA Health Care System (NMVAHCS) in Albuquerque, New Mexico. SERVICES: a. The Contractor shall provide Board Certified Interventional Radiology Physician Services on site in accordance with the specifications contained herein to beneficiaries of the Department of Veterans Affairs (VA) and the New Mexico VA Health Care System (NMVAHCS). The VA Radiology Services are accredited by ACR and follow the standards & guidelines set forth by American College of Radiology (ACR). A contractor providing onsite interventional radiologist services shall provide services that meet or exceed the American College of Radiology Guidelines http://www.acr.org/Quality-Safety/Standards-Guidelines/Practice-Guidelines-by-Modality/Interventional. b. The services would be provided as needed on a daily basis. The Contractor needs to provide a sufficient workforce to provide the administration and management of all aspects of the agreement including responsibility for all employees, agents, subcontractors and any other entity action for or on behalf of the contractor. Normal working hours are Monday through Friday, 7:30am to 4:00pm. Contractor will not be required, except in a "Call-Back" situation, to provide services after normal working hours, weekends or federal holidays. The normal work schedule shall be Monday through Friday, 7:30am to 4:00pm. The following holidays are observed by the Department of Veterans Affairs: "New Year's Day "President's Day "Martin Luther King's Birthday "Memorial Day "Independence Day "Labor Day "Columbus Day "Veterans Day "Thanksgiving "Christmas Any day specifically declared by the President of the United States to be a national holiday. c. On-call services will also be required as part of this acquisition. On-call services will be after normal working hours (7:30am - 4:00pm M-F) including weekends and Federal Holidays. The contract physician shall respond to a request for On-call services within 30-minutes. Phone consultation is also included. d. Contract physician(s) shall provide consultation with and instruction to referring physicians regarding appropriate indications for interventional radiologic procedures so that the most expeditious and clinically appropriate work-up can be done. Contract physician(s) shall determine the appropriate course of treatment and communicate in person or by phone with the referring clinicians. Contract physician(s) shall provide review of consults and next- day patient cases as needed daily. Contract physician(s) shall provide post-procedure evaluation and follow-up and clinical consultation regarding complications of interventional radiologic procedures. e. Contract physician(s) shall be responsible for providing Interventional Radiology procedures, including, but not limited: AngiographyCryoblation Balloon angioplasty/stent placementLine insertion ChemoembolizationIVC filters CholecystostomyVertebroplasty Drain insertionsNephrostomy placement EmbolizationRadiologically inserted gastrostomy ThrombolysisDialysis access & related interventions BiopsyTIPS placement Radiofrequency ablationBiliary intervention Endovenous laser ablation of varicose veins The term of the contract will be a Base plus Four (4) Option Years starting from the date of award for five (5) twelve (12) month periods. Solicitations will be available on or about December 2014. The date is not firm and may change due to events out of our control. This notice is for informational purposes only and is not a request for proposals. The Government is not obligated to issue a solicitation as a result of this notice. No other information is available until issuance of the solicitation. NO PROPOSERS LIST IS MAINTAINED. The purpose of this notice is to perform market research to determine if there is interest from the following socio-economic categories: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUB Zone, Small Disadvantaged Business (8a), Woman Owned Small Business, Small Business, or other. In accordance with VA Acquisition Regulation 852.219-10 a SDVOSB is defined as a small business concern, not less than 51% of which is owned by service-disabled veterans or, in the case of any publicly owned business, not less than 51% of the stock of which is owned by service-disabled veterans (or eligible surviving spouses). Further the management and daily business operations are controlled by service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. In addition the business meets size standard for NAICS Code 621498 stated above and is verified for ownership and control and is so listed in the Vendor Information Pages database, http://www.VetBiz.gov. Moreover qualified SDVOSB concern agree that in the performance of the contract, at least 50% of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran owned small business concerns. All potential offerors must be registered in the Central Contractors Registration Database www.ccr.gov and Online Representations and Certification Applications (ORCA) https://orca.bpn.gov in responding to the Source Sought. A determination by the Government to compete the proposed procurement based on the responses to this notice is solely within the discretion of the Government. This notice does not constitute a solicitation or a commitment by the Government to later publish a solicitation. No solicitation document is available. Capable parties must submit their ability to provide these items in writing to the attention of the Contract Specialist listed in this announcement. Contractors responding to this Sources Sought Notice need to provide the following information to Lorine.Duran@va.gov or francis.reynolds@va.gov no later than 10:00am on Friday 17 October 2014: Company Name, Address, Phone Number, Point of Contact and Socioeconomic Status. A determination by the Government to compete the proposed procurement based on the responses to this notice is solely within the discretion of the Government. This notice does not constitute a solicitation or a commitment by the Government to later publish a solicitation. No solicitation document is available. Telephone inquiries will not be honored Contracting Office Address: NM VA Health Care System Contracting Specialist (90C) 1501 San Pedro Dr., SE Albuquerque, NM 87108 Point of Contact(s): Lorine Duran VISN 18 Network Contract Office, SAO West Contracting Specialist 1501 San Pedro Dr., SE Albuquerque, NM 87108 Ph: (505) 256-2826 Fax: (505) 767-6087 Lorine.Duran@va.gov Lee Reynolds VISN 18 Network Contract Office, SAO West Contracting Specialist 1501 San Pedro Dr., SE Albuquerque, NM 87108 Ph: (505) 767-6088 Fax: (505) 767-6087 francis.reynolds@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC501/AlVAMC501/VA25815I0003/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-15-I-0003 VA258-15-I-0003.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1672101&FileName=VA258-15-I-0003-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1672101&FileName=VA258-15-I-0003-003.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Raymond G. Murphy VAMC;1501 San Pedro Dr. SE;Albuquerque, NM
Zip Code: 87108
 
Record
SN03545966-W 20141010/141008235331-be7175922a0c83de83a1e34aaabe0fa2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.